Minneapolis VA Health Care System HVAC Pumps Intent to Sole Source

Project ID: 36C26326Q0398 FederalOpportunitiesSpecial Notice
Overview
AgencyVISN 23: Midwest Health Care Network
Deadline03/06/26
Posted02/23/26
Estimated Value$60,000 - $120,000 (AI estimate)
Set AsideNone
NAICS333914 - Measuring, Dispensing, and Other Pumping Equipment Manufacturing
PSC4320 - Power And Hand Pumps
LocationMinneapolis, MN USA
Description
Primary Latest Change

The Department of Veterans Affairs, Network Contracting Office 23 intends to award a sole source contract under the authority of FAR Overhaul 12.102(a) Only one responsible source and no other supplies or services will satisfy agency requirements, to the Bernard J. Mulcahy Company, Inc. for customized HVAC Pumps that have to match the specifications in the draft Statement of Work below. This notice of intent is not a request for quotations; interested parties may express their interest by providing a capabilities statement no later than March 6th, 2026 at 17:00 CT. The capabilities statement must provide clear and unambiguous evidence to substantiate the capability of the party to provide the required services. A determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. Verbal responses are not acceptable and will not be considered. When responding to this announcement, respondents should refer to Announcement, Notice of Intent. If after March 6th, 2026 no viable responses have been received in response to this announcement, Department of Veterans Affairs shall negotiate solely with Bernard J. Mulcahy Company, Inc. This notice of intent to award a sole source contract is not a request for competitive quotes. There will be no solicitation available for competitive quotes. Phone calls will not be accepted. The point of contact for this action is Contract Officer Jeffrey Brown, who can be reached at Jeffrey.Brown8@va.gov. Additionally, the following questions must be responded to for your response to be considered: 1. Identify your organization's socio-economic category. 2. Identify if your organization is the manufacturer of the requested supplies. If you are not the manufacturer, identify the manufacturer of the supplies that you will provide, their socio-economic category and a letter showing that your organization is an authorized distributor for the requested supplies. 3. Fill out the certificate under FAR Provision 52.225-2(b), identifying the item and its country of origin. ( https://www.acquisition.gov/far/part-52#FAR_52_225_2__d3401e52). If the product is a US domestic end product, write in USA for the item's country of origin. 4. Address whether your organization meets the requirements of 13 CFR 121.406 (b)(1)(i), (b)(1)(ii) and (b)(1)(iii) (https://www.ecfr.gov/current/title-13/chapter-I/part-121/subpart-A/subject-group-ECFR0fca5207262de47/section-121.406#p-121.406(b)). 5. State if subcontracting is contemplated for this requirement and what percentage of the requirement will be subcontracted and for what tasks. *If applicable, VAAR 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products, will apply to the potential contract if set-aside for Veteran Owned Small-Businesses.* *If applicable, VAAR 852.212-71 Gray Market Items, will apply to the potential contract.* Draft STATEMENT OF WORK Minneapolis Va Health Care System Medical HVAC Pump 2 and 5 Procurement Requirements Contractor will provide two brand name or equal centrifugal pump assembly that meets the following salient characteristics: B&G Vertical Split Case Pump Series VSX-VSCS, 2500 Gallons per Minute (GPM) a 90 ft HD, Model 8 x 10 x 13-1/2B, BF, 75-80 Horsepower, 365T Frame WEG motor, 230/460 Volt 3 phase, 60 hertz Motor, 1750 -1850 RPM, with 11.375" Impeller, Unitized EPR-Carbon/SiC (Standard) Seal BG, NEMA Premium w/Shaft Grounding Rings, Inverter Duty suitable Motor Enclosure Type: Open Drip Proof (ODP) Rotation Direction: Left Hand Rotation Shaft Material: Standard Steel Shaft Inertia Base Dimensions: 10" x 44" with six FS-2A Springs (CIB87) Contractor will also provide the following mounting accessories and parts: Two - B&G JJ-3X Suction Diffuser Plus 10 Flange x 10 Flange. Four - Metraflex Double Cablesphere EPDM Expansion Joint (#DSRCEE1200), 12" x 13" Overall Length. Two - Metraflex - 12" Flange x Flange VFD Check Valve (#CVOSSVFD912) Two - HCI Thermo Bypass Valve (TB-MLF) 12" Flanged Quarter Turn Style Manual Balancing Valve Fixed Orifice Two - Vibro-Acoustics Inertia Base, (CIB87) 10" x 44" complete with (6) FS-2A Two - VFD: ABB (#ACH580-BCR-096A-4+F267); 75 HP/460V/96A; CB Disc/Box-bypass/UL-1/Bluetooth Startup and Alignment Coordination: The Contractor shall provide one (1) on-site certified factory startup and laser alignment service. The Contractor shall coordinate scheduling of this service with VA Engineering Services, providing a minimum of two (2) weeks advance notice prior to the intended service date. The startup shall be conducted Monday through Friday between 8:00 AM and 5:00 PM, excluding federal holidays. The Contractor shall ensure that both the installer and the VA maintenance technician are present during the startup for training and verification purposes. All scheduling communications shall be directed to the designated VA point of contact listed in this Statement of Work. Contractor shall provide the weights of the following items: Component Weights: - Pump: - Suction Diffuser: - Expansion Joints: - Check Valve: - VFD: Delivery Address: Contractor will ship or deliver all items to the Minneapolis VA Health Care System. Minneapolis Veteran Affairs Heath Care System Attn: TBD One Veterans Drive Minneapolis, MN 55417 Important Receiving Requirement: Contractor shall include the Veteran Affairs issued Purchase Order Number on the shipping label or packing list. Without the Purchase Order Number, the item will not be properly received. Delays in payment may result failure to follow instructions. Delivery hours: Monday through Friday from 7:00 am 3:00 pm. Deliveries are not accepted on the federal holidays listed below: Observed Federal Holidays: New Year s Day Martin Luther King Birthday Washington s Birthday Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day

Summary (Newest Update)

Background The Department of Veterans Affairs, Network Contracting Office 23 intends to award a sole source contract to the Bernard J. Mulcahy Company, Inc. for customized HVAC Pumps that meet specific requirements outlined in the draft Statement of Work. This contract is being pursued under the authority indicating that only one responsible source can fulfill the agency's needs. The goal is to procure HVAC pumps that are essential for the Minneapolis VA Health Care System's operations. Work Details The contractor will provide two centrifugal pump assemblies that meet the following specifications: - Model: B&G Vertical Split Case Pump Series VSX-VSCS - Capacity: 2500 Gallons per Minute (GPM) at 90 ft Head - Specifications: - Model Number: 8 x 10 x 13-1/2B, BF - Horsepower: 75-80 HP, 365T Frame WEG motor - Voltage: 230/460 Volt, 3 phase, 60 hertz - RPM: 1750 -1850 - Impeller Size: 11.375" - Seal Type: Unitized EPR-Carbon/SiC (Standard) Seal BG - NEMA Premium with Shaft Grounding Rings, Inverter Duty suitable - Motor Enclosure Type: Open Drip Proof (ODP) - Rotation Direction: Left Hand Rotation - Shaft Material: Standard Steel Shaft - Inertia Base Dimensions: 10" x 44" with six FS-2A Springs (CIB87) Additionally, the contractor will supply mounting accessories and parts including: - Two B&G JJ-3X Suction Diffusers (10" Flange x 10" Flange) - Four Metraflex Double Cablesphere EPDM Expansion Joints (#DSRCEE1200), (12" x 13" Overall Length) - Two Metraflex VFD Check Valves (#CVOSSVFD912), (12" Flange x Flange) - Two HCI Thermo Bypass Valves (TB-MLF), (12" Flanged Quarter Turn Style Manual Balancing Valve – Fixed Orifice) - Two Vibro-Acoustics Inertia Bases (CIB87), (10" x 44") complete with six FS-2A - Two VFDs: ABB (#ACH580-BCR-096A-4+F267); (75 HP/460V/96A; CB Disc/Box-bypass/UL-1/Bluetooth) The contractor shall also provide on-site certified factory startup and laser alignment service, coordinating with VA Engineering Services at least two weeks in advance. Place of Performance All items will be delivered to the Minneapolis VA Health Care System located at One Veterans Drive, Minneapolis, MN 55417.

Contacts
Contact nameJeffrey Brown
Contact emailjeffrey.brown8@va.gov
Contact phone(651) 293-3009
Same Region Opportunities